Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 18,1996 PSA#1553

Navy Public Works Center, 9742 Maryland Avenue, Norfolk, VA 23511-3095, Attn: Facilities Contracting Department, A&E Management Division, Code 022

C -- INDEFINITE QUANTITY A&E CONTRACT FOR MECHANICAL (POL) ENGINEERING SERVICES AT NAVAL BASE NORFOLK, VIRGINIA AND OTHER INSTALLATIONS SOL N00187-96-R-7954. Contact Mr. Robert A. Lemon, P.E., Contracting Officer, 804/444-4200. Services are required to perform Mechanical (POL) engineering including design, preparation of plans, specifications, and cost estimates, related studies and all associated engineering involving mechanical engineering design for petroleum, oil, and lubricant (POL) alteration and repair projects. Typical projects include repair/alteration/new pipelines, pumping stations, storage tanks, and other ancillary equipment. Facilities may be located above ground, underground, or on piers. The projects might be located at fuel farms, air fields, service stations or wherever POL facilities are located. A seed project has not been designated for this indefinite quantity contract. The type of contract is firm fixed price. The total contract amount cannot exceed $500,000 fee in twelve months, with the estimated construction costs of most projects normally $100,000 to $1,000,000. Studies normally are in the $10,000 to $50,000 fee range. The duration of this contract is one year from date of award. There is a one year Government option requiring the same basic mechanical (POL) engineering skills, and the Government option requiring the same basic mechanical (POL) engineering skills, and the Government reserves an option to award construction inspections services. The firm must demonstrate its and each key consultant's qualifications wit respect to the established evaluation factors as stated herein. Evaluation factors (1) through (5) are of equal importance; factors (6) through (9) are of lesser importance, but will be used to assist in the selection, especially should one or more firms be essentially equally qualified for Factors (1) through (5). Specific evaluation factors are: (1) Professional qualifications and technical competence of the designated project team: Firms will be evaluated in terms of: (a) Project team (includes consultants) experience involving mechanical (POL) engineering projects of a size and type commensurate with those anticipated for this contract (include an individual's experience with this firm or other firms provided it is relevant). (b) Project team's knowledge of the general area of Naval Base Norfolk in terms of codes, laws, permit requirements, construction materials, general practices, topography and subsurface conditions, as demonstrated by previous project experience. (c) Project team's active professional registration and/or certifications in their individual area of expertise. (d) Specific involvement of each team member in the relevant projects listed in Block 8 of the SF 255 (if the firm has multiple office locations, the location of the design team members must be identified) (also, if several offices will contribute to the project team and one particular office will serve as the project office, explain how the various team members will perform the task required, if they are not all relocated to the project office during the performance of this contract). (e) Designation of back-up personnel (include consultants) and their qualifications. (2) Firm Qualifications: Evaluation will be made in terms of; (a) Recent mechanical (POL) engineering project experience (1990-1995) similar to the type of work as required by this contract and as explained previously (be as specific as you can in providing your information, including dates and location). (b) Involvement of management personnel with this contract and their continuity with the firm. (c) AutoCAD Release 13 or higher format capability. (3) Ability to accomplish the work; (a) Demonstrated ability to accomplish similar projects as anticipated for this contract in a 3-4 month time frame after award (give specific examples). (b) Demonstrated ability to manage multiple projects at various stages of design while maintaining quality and meeting established completion schedules. (4) past performance: Firms will be evaluated in terms of: (a) Cost estimating ability as demonstrated by comparison of mechanical (POL) engineering design cost estimates with the low bid on similar size and type design projects (give specific examples) (show costs, and the difference as a percentage). (b) Ability to prepare cost estimates in the computerized CES format, and specifications using SPECSINTACT. (c) Experience with projects involving metric measure (give specific examples). (d) Demonstrated long term relationships and repeat business with Government and private customers. (e) Performance awards received. (5) Quality control programs: Firms will be evaluated on the acceptability of their quality control program used to ensure technical accuracy and discipline coordination of designs, plans, specifications, cost estimates, and report studies (an adequate summary of the program is requested, please do not submit copies of the entire program). (6) Firm's geographical location: Firms will be evaluated on geographic location as regards to accessibility to the Naval Base Norfolk, Virginia, and their demonstrated ability to respond to the demands of this contract in a timely manner (provided that application of this factor leaves an appropriate number of qualified firms). (7) Volume of work: Firms will be evaluated in terms of work previously awarded by DoD with the objective of effecting an equitable distribution of DoD A&E contracts among qualified firms, including small disadvantaged business firms and firms that have not had prior DoD contracts. (8) Primary Consultants and Sub-contractors: Firms will be evaluated on their use of small or disadvantaged or women-owned business firms as consultants or sub-contractors. (9) Firms will be evaluated on their experience with projects that provide for the use of recovered materials to achieve waste reduction, and, use of energy-efficiency in facility designs. This ends the evaluation factors. Digital graphics data base of site survey may be required; if so, the survey and all drawings forming a part thereof shall be submitted in an AutoCAD Release 13 or higher format. The contract scope may require evaluation and definition of asbestos or lead materials and toxic waste disposition. A&E firms meeting the requirements described in this announcement are invited to submit completed current Standard Forms 254 (unless already on file with this office within the past 12 months) and 255, U.S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255 discuss why the firm is especially qualified based on each evaluation factor given herein. All information must be included within the SF 254 and 255; cover letters, bindings, and covers, and other attachments are discouraged and are not considered in the evaluation process. FIRMS RESPONDING TO THIS ANNOUNCEMENT BY CLOSE OF BUSINESS (3:45 PM EST) April 20, 1996, will be considered. Firms responding should submit only one copy of the qualifications package. Neither hand carried nor facsimile responses will be accepted. Courier delivered packages should be sent to Facilities Contracting Department, A&E Management Division, First Floor, Building Z-140, Naval Base Norfolk, Virginia. This proposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns. Before award of the contract, the A&E, if not a small business concern, shall agree in the contract, the A&E, if not a small business concern, shall agree in the contract, by incorporation of an acceptable small business and small disadvantaged business subcontracting plan, per FAR Part 19.7 that small business concerns and small disadvantaged business concerns shall have the maximum practicable opportunity to participate in this contract consistent with its efficient performance. The small business size standard classification is SIC 8711 ($2,500,000). This is not a request for proposals. Inquiries concerning this contract must mention location and contract number. See Note 24. (074)

Loren Data Corp. http://www.ld.com (SYN# 0023 19960315\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page